![]() |
U.S. Department of Defense Office of the Assistant Secretary of Defense (Public Affairs) Contracts |
FOR RELEASE AT | No. 081-06 | |
5 p.m. ET | January 30, 2006 |
NAVY
Electric Boat Corp., Groton, Conn., is being awarded a $1,108,787,793 modification to previously awarded multiyear contract (N00024-03-C-2101) providing full funding for fiscal year 2006 Virginia Class Submarine (SSN 781). Additionally, the modification provides Advance Procurement funding in the amount of $167,713,000 for fiscal 2007 submarine (SSN 782) and Economic Order Quantity (EOQ) funding in the amount of $40,076,600 for each of the fiscal 2007 and fiscal 2008 submarines (SSN 782 & 783). Electric Boat Corp. will continue to subcontract with Newport News Shipbuilding and Dry Dock Co., Newport News, Va. The majority of work under this award will be performed in Newport News, Va. (30 percent), Quonset Point, R.I. (15 percent), Groton, Conn. (15 percent), with other efforts performed at various sites throughout the United States (40 percent). Work is expected to be completed by April 2014. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
National Steel and Shipbuilding Co., San Diego, Calif., is being awarded a $317,113,310 fixed-price-incentive modification under previously awarded contract (N00024-02-C-2300) to exercise an option for design and construction of the ninth ship in the Dry Cargo/Ammunition Ship (T-AKE) Class. The T-AKE Class dry cargo/ammunition ship will provide a two product (ammunition and combat stores – including dry stores, frozen and chilled products, spare parts and consumables) shuttle ship replacement for the aging Combat Store (T-AFS) and Ammunition (T-AE) shuttle ships. T-AKE will provide logistics lift to station ships and other ships operating with naval forces from supply sources, such as friendly ports, and at sea from merchant vessels. Work will be performed in San Diego, Calif., and is expected to be completed by May 2009. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
L-3 Communications Integrated Systems, LP, Greenville, Texas, is being awarded a $104,158,224 ceiling-priced modification to a previously awarded firm-fixed-price indefinite-delivery/indefinite-quantity multiple award contract (N00019-05-D-0008) to exercise an option for the P-3C Sustainment, Modification and Installation Program (SMIP). Work will be performed in Greenville, Texas (50 percent); Waco, Texas (25 percent); and Birmingham, Ala. (25 percent), and is expected to be completed in December 2006. Contract funds will not expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
Northrop Grumman Newport News Corporation, Newport News, Va., is being awarded a $34,734,341 fixed-price incentive delivery order under previously awarded indefinite-delivery/indefinite-quantity contract (N00024-04-D-4409) for the Depot Maintenance Period of USS Toledo (SSN 769). Northrop Grumman Newport News will perform advanced planning, design, documentation, engineering, procurement, fabrication and preliminary shipyard work to prepare and make ready for the alterations, repairs, maintenance, and routine work onboard USS Toledo. Work will be performed in Newport News, Va., and is expected to be completed by October 2007. Contract funds will not expire at the end of the current fiscal. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
McDonnell Douglas Corp., a wholly owned subsidiary of The Boeing Co., St. Louis, Mo., is being awarded a $21,503,180 cost-plus-fixed-fee order against a previously issued Basic Ordering Agreement (N00019-03-G-0004) for supplies and engineering services to support follow-on test and evaluation of the F/A-18E/F aircraft. Work will be performed at that Naval Air Station, Patuxent River, Md., and is expected to be completed in October 2006. Contract funds will not expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
ECOR Solutions*, Richmond, Va.; Tesoro Corp.*, Virginia Beach, Va.; Universe Technology*, Frederick, Md.; and Cape Environmental*, Exton, Pa., are each being awarded $5,000,000 to exercise the third option period under an indefinite-delivery/indefinite-quantity environmental multiple award contract for remedial action services for environmentally impacted sites and environmental compliance services at various locations. The current estimated total contract amount after exercise of this option will be $20,000,000. The potential total contract amount for each contractor is not to exceed $25,000,000 (base period and four option years). Work will be performed at Department of Navy and Marine Corps installations and other Government agencies under the Naval Facilities Engineering Command Atlantic’s area of responsibility including, but not limited to, the states of Virginia, North Carolina, West Virginia, Maryland., the Commonwealth of Puerto Rico, Washington, D.C., and other locations as required by the Government. The expected date of completion is January 2007. Contract funds will expire at the end of the current fiscal year. The basic contract was competitively procured via the NAVFAC e-solicitation website with 14 proposals received and award made on January 30, 2003. These four contractors may compete for task orders under the terms and conditions of the existing contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Va., is the contracting activity (N62470-02-D-3010, N62470-03-D-9993/9994/9995).
Raytheon Integrated Defense Systems, Portsmouth, R.I., is being awarded a $19,141,148 cost-plus-fixed-fee modification to previously awarded contract (N00024-05-C-6116) in support of the Littoral Warfare Weapon (LWW) system demonstration. This contract modification provides for a 23-month research and development effort including a series of at-sea LWW tests and demonstrations. The purpose of the LWW demonstration is to develop and evaluate an LWW system that can successfully prosecute the entire spectrum of the challenging littoral target set, including Maritime Patrol Aircraft , Helicopters, High Speed Patrol Craft and other small boat threats. Work will be performed in Portsmouth, R.I. Contract funds will not expire at the end of this fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.
Systems Research Applications Corporation, Fairfax, Va., is being awarded a $16,791,869 one-year requirements contract with fixed price task orders for technical support services to maintain Military Sealift Command (MSC) information technology afloat operations. This contract provides technology services for more than 125 MSC ships worldwide, including the operation of an afloat network and back-up network operations center; afloat operations support; the support of a mobile sealift operations center; IT training; command, control, communications and computer systems; and alteration and upgrade support of IT systems. The contract contains three one-year options, as well as up to eight performance-based, three-month award-term periods, which if exercised; the cumulative value would be $108,496,686. Work will be performed worldwide at Military Sealift Fleet Support Command, Norfolk, Va.; aboard more than 125 MSC ships; and at other U.S. government facilities or operational locations, and is expected to be completed February 2012 (with options). Contract funds will expire at the end of the current fiscal year. This contract was competitively procured with 13 proposals solicited and four offers received. Military Sealift Command, Washington, D.C., is the contracting activity (N00033-06-D-6504).
Raytheon’s Integrated Defense Systems Division, San Diego, Calif., is being awarded a $5,400,000 modification to previously awarded contract (N00024-05-C-5110) for 37,253 hours of design agent engineering in support of the MK2 Ship Self Defense System (SSDS). SSDS MK 2 provides improved ship self defense capabilities against Anti-Ship Cruise Missile (ASCM) attack for select ships by integrating existing and programmed Anti-Air Warfare (AAW) stand-alone defensive systems and providing an automated quick response and multi-target engagement capability emphasizing performance in the littoral environment. SSDS also has embedded combat direction system capabilities that allow automated detection, control and engagement against identified threats. Battle Group interoperability is provided by interfaces with the Cooperative Engagement Capability and tactical data information links. Work will be performed in San Diego, Calif., and is expected to be completed by September 2006. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity.
ARMY
Alloy Surfaces Co. Inc., Chester Township, Pa., was awarded on Jan. 26, 2006, a delivery order amount of $32,499,992 as part of an $86,140,595 firm-fixed-price contract for M211 Infrared Countermeasure Flares. Work will be performed in Chester Township, Pa., and is expected to be completed by Aug. 17, 2007. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 24, 2006. The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-D-1002).
ATK Thiokol Inc., Corinne, Utah, was awarded on Jan. 26, 2006, a delivery order amount of $20,390,000 as part of a $50,185,600 firm-fixed-price contract for M212 Infrared Countermeasure Flares. Work will be performed in Corinne, Utah, and is expected to be completed by Dec. 22, 2006. Contract funds will not expire at the end of the current fiscal year. This was a sole source contract initiated on Jan. 24, 2006. The U.S. Army Tank-Automotive and Armaments Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-04-D-1003).
DEFENSE FINANCE AND ACCOUNTING SERVICE
Lockheed Martin Government Services Inc., Seabrook, Md. was awarded a fifth year option of $25,830,960 as part of the contract (MDA220-01-C-0002) for management of the Retired and Annuitant pay service formerly managed by the Defense Finance and Accounting Service (DFAS), which was the subject of an A-76 action. Lockheed has purchased ACS Government Solutions Group (the original awardee). The purchase was formalized in the Spring of 2004. The aggregate face value of this contract prior to this procurement action was $346,432,288. Primary work will be performed at DFAS Cleveland, Ohio and secondary work which will include document scanning and primarily imaging will be performed at London, Ky. Under this option work will be performed between February 1, 2006 through January 31, 2007. Funding includes eight months of fiscal 2006 dollars and four months of fiscal 2007 dollars. The DFAS Contract Services Directorate, Columbus, Ohio, is the contracting activity (MDA220-01-C-0002).
http://www.defenselink.mil/contracts/2006/ct20060130-12391.html
NEWSLETTER
|
Join the GlobalSecurity.org mailing list |
|
|